Loading...
HomeMy WebLinkAboutBID - 5875 REFUSE TRASH HAULING ANNUAL (8)CITY OF FORT COLLINS INVITATION TO BID BID #5875 REFUSE/TRASH HAULING BID OPENING: DECEMBER 22, 2004, 3:00P.M. (Our Clock) Sealed bids will be received and publicly opened at the office of the Director Of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00p.m. (Our Clock), DECEMBER 22, 2004. A copy of the Bid may be obtained as follows: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: www.fcgov.com/purchasing. 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. SA 10/2004 2 Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self- stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O’Neill II, CPPO, FNIGP Director of Purchasing and Risk Management SA 10/2004 3 BID PROPOSAL BID #5875 REFUSE/TRASH HAULING FOR CITY DEPARTMENTS BID OPENING: December 22, 2004, 3:00p.m. (Our Clock) We hereby enter our bid for the City of Fort Collins requirements for Refuse/Trash Hauling, per the bid invitation and any referenced specifications. The successful bidder will begin the services for the City beginning March 1, 2005. This bid is subject to annual renewal for up to 4 additional years, per attached sample Services Agreement. The trash services are broken into sections as many departments, such as the Parks and Recreation areas, require more services during the summer months. There are five (5) different sections plus a Roll-Off section which bidders must bid on. These sections are located in the Waste Removal Bid Sheet in Attachment A, consisting of four (4) pages. All of the addresses are shown on the different sections; the successful bidder must locate these addresses and install the containers in the appropriate locations at the time they are needed, and remove them once they are no longer needed. The successful bidder will be required to work with the current vendor to coordinate the removal and installation of the containers as to not disrupt service to the City departments at the time of transition. The successful bidder will quote a cost per month and an annual cost per each address listed in each section. The cost per month is based on the size, quantity, and number of pick-ups per week; for each Service Location. The annual cost is the monthly cost multiplied by the number of months in the scheduled service. Bidders will please include a total Monthly Cost and Annual Cost at the bottom of the Bid Sheet (for Monthly Roll-Off Pricing, just include Price per each Pull. For Annual Roll-Off Pricing; multiply Price per Pull times 15 for 20-yard Roll-Off, and Price per Pull times 50 for 30-yard Roll-Off Pricing). Definition of terms: Term Definition cy Cubic Yard Tote Approximate 90 gallon trash tote Qty Number of containers # PU /week Number of pick-ups per week 1 Monday 2 Monday and Thursday 3 Monday Wednesday and Friday 5 Monday, Tuesday, Wednesday, Thursday and Friday 6 Monday, Tuesday, Wednesday, Thursday, Friday, Saturday 7 Monday, Tuesday, Wednesday, Thursday, Friday, Saturday and Sunday 0.5 Monday every other week 0.25 Once every month (Monday) SA 10/2004 4 12 Month January through December (52 weeks) 7 month April through October (30 weeks) 6 month April through September or October through March (26 weeks) 5 month November through March or May through September (22 weeks) Misc month November and February (two months) (8 weeks) Monthly Charge Service Charge per Month as determined by size of container, number of containers, and number of pickups per week Annual Charge Monthly Charge times # of months in 12, 7, 6, 5, or 2 month schedule Roll-Offs: 20cy or 30 cy containers required by departments through the year. Bid per each delivery and pick-up, and multiply per times the estimated Number of pick-ups annually (15 pulls for 20y; 50 pulls for 30y). General Specifications/Requirements: Waste Removal Services: To be considered, Bidders must provide all labor and equipment necessary to remove waste from the locations and at frequencies listed on Bid Sheet (Attachment A). Total cost quotation shall include all charges associated with waste/trash removal; including required containers, equipment and labor. Please provide a statement of your company’s capability to handle the City’s needs. The Bidder must provide 7 day per week service (including Holidays) for those scheduled for 7 day per week pick-ups listed in Waste Removal Bid Sheet (Attachment A). All other pick-ups scheduled on City Holidays, will be moved to the day following the observed City Holiday. The successful Bidder shall be responsible to locate and provide containers at the existing locations with the same capacities listed in Waste Removal Bid Sheet (Attachment A) of this document and meet or exceed the following requirements: a) heavy gauge steel construction on sides and bottom. b) flip type, hinged lid(s) of a light weight durable material (plastic, fiberglass, etc). c) lid locking mechanism/device to accept one standard type padlock (supplied by vendor), provided upon City request at no additional charge on a site by site basis. d) either flat bottomed or with industrial type casters on all corners, when requested by the City and where physical locations require regular moving. e) clear marking, permanent signage or color coding to identify container contents. The successful Bidder shall be responsible for all risk of loss due to theft or vandalism pertaining to any equipment provided in conjunction with this bid. Likewise, replacement of containers, whether due to loss, physical condition or a City request shall be made without undue delay or interruption in service, and no later than 24 hours after the request. SA 10/2004 5 All regularly scheduled pick-ups must be completed on schedule. If the contractor misses three or more scheduled pick-ups during a calendar year, the contract may be canceled. Because of quantities of trash involved late or missed pick-ups at city locations must be made up on the same day. The City shall maintain the right to deduct from any payment to the successful Bidder, as liquidated damages, the unit cost, as calculated from their bid, for service that was not provided on the scheduled day, and twice the unit cost for any such removal which was not made on the day following the scheduled day. The City shall retain the right to adjust its service schedules on an as needed basis. The City may add or delete services and adjust the prices according to the bid prices. Requests for unscheduled pickups shall be honored by the Contractor. All non- scheduled pickups must be completed within 24 hours of the request. Requests for additional dumpsters shall also be honored, within 24 hours of the request. CONTRACTOR’S RESPONSIBILITIES 1) The Contractor shall pick up refuse from locations shown on Waste Removal Bid Sheet (Attachment A) at such times as reasonably specified by the City. All pickups shall be completed by 11:00 a.m. 2) Refuse will be removed from the premises and disposed of at the Larimer County Landfill. In the event that there is an alternate landfill in closer proximity or, if Larimer County Landfill is not available, the Contractor agrees to deposit an offsetting volume of trash equal to or greater than the City’s weekly volume into the Larimer County Landfill in order to compensate for the “volume loss” to Larimer County Landfill. 3) Trucks and equipment used will be properly inspected, licensed and insured. Containers shall be equipped with lids and kept in good repair at all times. 4) It will be the responsibility of the Contractor to wash the inside of all containers regularly so odors are kept at a minimum and there is no accumulation of waste. 5) The Contractor shall be responsible for any damage claims arising from the operation of equipment or disposal of refuse. 6) The Contractor shall be responsible for all liability insurance and other legal requirements. The Contractor shall be expected to sign the City’s Services Agreement (see sample enclosed) prior to commencement of Services. 7) The Contractor shall provide one single point of contact to the City to handle any additional pick ups or missed deliveries, and notify the City immediately if there is a contact change. The Contractor shall also provide one single point of contact to the City to handle any billing issues. The Contractor agrees to hold prices firm for the term of the Annual Contract. Any price adjustment requests for the following year will be submitted when the Renewal Letter is sent out; the City of Fort Collins uses the Denver Boulder Greeley CPIU index published by the Colorado State Planning and Budget Office as a guide (see sample Services Agreement, attached). The contractor agrees that they will not charge the City any Fuel SA 10/2004 6 Surcharges, Finance Charges, or Late Charges. All billing will be sent to the Accounts Payable Department at P.O. Box 580, not to the individual departments. The Contractor agrees to provide the City with an updated electronic spreadsheet detailing the new Monthly and Annual Charges within 30 days submittal of the signed Renewal Letter. Bid Procedure: Bidders must submit all required submissions. Additional information shall be submitted on separate sheets. Monthly Charge is calculated on the container size, quantity, and the number of pick-ups per week. This Monthly Charge multiplied by months in the scheduled service is the annual cost. All services listed in Waste Removal Bid Sheet (Attachment A) are existing services and are estimates to be used for bid purposes. Actual services may change during the year. Method of Award: City will award contract to the Bidder with the lowest total responsive and responsible bid, defined as the Bidder meeting all of the requirements stated in the General Specifications and Requirements section stated above and completed all Required Submissions listed below. Required Submissions: 1) List of current customer references including name, title and phone number. Minimum of three (3) with similar size and nature of the City of Fort Collins trash requirements. References will be checked and any unsatisfactory responses may be cause for disqualification at the sole discretion of the City of Fort Collins. 2) Statement signed by an authorized person from your company of the capability of the company to provide the trash services required by the City. Include a list of current equipment that your company has, including the number of employees, trucks (year, make and model), and trash container sizes and quantities. 3) Name of the single point of contact (and their backup) who will be handling the City of Fort Collins Service Issues, including telephone, fax, e-mail address, cell- phone and emergency phone numbers. Name of the single point of contact (and their backup) who will be handling the City of Fort Collins Billing Issues, including telephone, fax, e-mail address, cell-phone and emergency phone numbers. 4) Waste Removal Bid Sheet Attachment A, (4 pages) completed with all items bid, including the Totals Monthly & Annually section. Any boxes not completed will be considered a non-responsive bid and will be rejected at the sole discretion of the City. 5) Completed Vendor Statement signed by an authorized person from your company. For questions concerning this bid, contact Ed Bonnette, C.P.M., CPIM, CPPB, Buyer @ 970-416-2247. SA 10/2004 7 Vendors Statement: I have read and understand the specifications and requirements for this bid and I agree to comply with such specifications and requirements. I further agree that the method of award is acceptable to my company. I also agree to complete contract with the City of Fort Collins within 30 days of notice of award. If contract is not completed and signed within 30 days, City reserves the right to cancel and award to the next lowest responsible and responsive bidder. FIRM NAME: _____________________________________________ ADDRESS: ______________________________________________ ______________________________________________ EMAIL ADDRESS: _____________________ PHONE: __________ BIDDER'S NAME: ________________________________________ SIGNATURE: ____________________________________________ SERVICE ISSUES CONTACT: _______________________________ TELEPHONE: ____________________ FAX: ___________________ EMAIL: __________________________________________________ CELL #: __________________ EMERGENCY:__________________ BACKUP: ________________________________________________ BILLING ISSUES CONTACT: ________________________________ TELEPHONE: ____________________ FAX: ___________________ EMAIL: __________________________________________________ CELL #: ___________________ EMERGENCY: _________________ BACKUP: ________________________________________________ SA 10/2004 8 PLEASE GO TO www.fcgov.com/purchasing TO REGISTER IN OUR E-PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIES! BE SURE TO SELECT ALL APPROPRIATE COMMODITY CODES! SA 10/2004 9 SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and ____________________________, hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ____ (____) page[s], and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ____ (____) page[s], and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within ______________ (____) days following execution of this Agreement. Services shall be completed no later than _______________. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Contract Period. [Option 1] This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the Professional mailed no later than ninety (90) days prior to contract end. SA 10/2004 10 4. Contract Period. [Option 2] This Agreement shall commence ________, 200_, and shall continue in full force and effect until ________, 200_, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ___ (_) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Copy to: Service Provider: SA 10/2004 11 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, the sum of Dollars ($_________) [Option Cost Breakdown is attached Exhibit "C"] 8. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 9. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 10. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 11. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. SA 10/2004 12 12. Warranty. (a) Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. (b) Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. (c) Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City-furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, SA 10/2004 13 employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit ___, consisting of ______ (___) pages[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 17. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 18. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. SA 10/2004 14 19. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit ___, consisting of _____ (____) page[s], attached hereto and incorporated herein by this reference. CITY OF FORT COLLINS, COLORADO a municipal corporation By:_______________________________ James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Date:_____________________________ ATTEST: _________________________________ City Clerk APPROVED AS TO FORM: ________________________________ Assistant City Attorney [Insert Corporation's name] or [Insert Partnership name] or [Insert individual's name] Doing business as ____[insert name of business] By:_______________________________ __________________________________ PRINT NAME __________________________________ CORPORATE PRESIDENT OR VICE PRESIDENT Date:_____________________________ ATTEST: (Corporate Seal) _____________________________ CORPORATE SECRETARY SA 10/2004 15 CITY OF FORT COLLINS WASTE REMOVAL BID SHEET March 1, 2005 to Feb 28, 2006 Pricing Trash Service for City of Ft Size Qty # PU/ Monthly Charge Annual Charge Collins Dept/Address Duration of Service week March 1, 2005 - March 1, 2005 - February 28, 2006 February 28, 2006 2 Month Accounts Collindale Golf/1441 E Horsetooth Nov & Feb (2mos) 2cy 2 1 5 Month Accounts Martinez Park/600 N Sherwood St Nov-Mar 6cy 1 1 Outdoor Pool City Parks, 1599 City Park Dr May-Sept 3cy 1 3 Warren Park/1101 E Horsetooth Nov-Mar 2cy 1 1 6 Month Accounts PFA Station #3-2000 Mathews St Oct-Mar 2cy 1 1 PFA Station #3-2000 Mathews St Apr-Sept 2cy 1 3 Collindale Golf 1441 E Horsetooth Apr-Sept 2cy 2 3 Collindale Golf 1441 E Horsetooth Oct-March 2cy 1 2 Collindale - Manno's Grille (was Braun's) Apr-Sept 6cy 1 3 City Park Nine 411 S Bryan Apr-Sept 3cy 1 3 City Park Nine 411 S Bryan Oct-Mar 2cy 1 1 Southridge Golf 5750 S Lemay Apr-Sept 6cy 2 1 Southridge Golf 5750 S Lemay Oct-Mar 6cy 1 1 Southridge Maintenance - 5090 S Lemay Apr-Sept 6cy 1 1 7 Month Accounts SA 10/2004 16 Rolland Moore Park 2201 S Shields Apr-Oct 2cy 3 3 Rolland Moore Park 2201 S Shields Apr-Oct 6cy 2 3 Spring Park-E Stuart & Busch Ct Apr-Oct 2cy 1 2 Spring Park-E Stuart & Busch Ct Apr-Oct 6cy 1 2 Warren Park-1101 E Horsetooth Apr-Oct 2cy 1 2 Beattie Park-500 blk Nighthawk Apr-Oct 2cy 1 1 12 Month Accounts 1200 Raintree-Senior Center 3cy 2 3 1200 Raintree-Senior Center 3cy 1 1 1200 Raintree-Senior Center 3cy 1 on-call per dump City Park Pottery 1541 W Oak 3cy 1 1 Mulberry Pool-424 S Sherwood 2cy 1 1 Northside Aztlan Community Center 112 E Willow 6cy 1 1 EPIC-1801 Riverside Ave 8cy 1 3 Streets-625 9th Street 3cy 2 3 Streets-625 9th Street 2cy 1 3 Streets-625 9th Street tote 1 3 Lincoln Center-417 Magnolia St 3cy 3 2 Martinez Farm-600 N Sherwood 4cy 1 1 Marksmen Range-Midpoint Dr 3cy 1 1 Archery Range-2825 Frontage Rd SW 3cy 1 1 Human Rights Office-200 W Mountain 2cy 1 1 Bldg C Light &Power 700 Wood 6cy 1 1 Recreation Dept-214 N Howes St 3cy 1 1 Soldier Dam WTP#2-W Laporte 3cy 5 1 Water Meter Bld D-700 Wood 4cy 1 2 Water Crew Bld A-700 Wood 4cy 1 2 Transfort-6570 Portner Rd 6cy 2 wwt#2 3036 E Drake Rd (7 days/week) 3cy 4 7 wwt#2 3036 E Drake Rd 8cy 1 1 SA 10/2004 17 wwt#2 3036 E Drake Rd 2cy 2 1 WWT#1- 918 Mulberry St (6 days/week) 2cy 3 6 Parking Garage-102 Remington 2cy 1 2 PFA Training 3400 W Vine 2cy 3 1 PFA Station 1-505 Peterson St 4cy 1 1 PFA Station 2-416 S Bryan St 2cy 1 1 PFA Station 4-2030 Devonshire Dr tote 1 1 PFA Station 5-615 Hogan Dr 2cy 1 1 PFA Station 6-2511 Donella Ct (Every Other Week) 4cy 1 0.5 PFA Station 7-2817 N Overland Tr 2cy 1 1 PFA Station 8-4104 Main St, Timnath 3cy 1 1 PFA Station 10-2067 Vermont Dr 2cy 1 1 PFA Station 12-321 E Country Club Rd 2cy 1 1 PFA Station 14-2109 Westchase Rd 2cy 1 1 PFA Station 14-2109 Westchase Rd tote 1 1 Public Library-201 Peterson St 3cy 1 3 Police Annex-228 Laporte Ave 2cy 1 1 City Hall Complex-300 Laporte Ave 3cy 4 2 Avery House-108 N Meldrum tote 1 2 Bldg Maintenance-117 N Mason 2cy 1 2 Police Services- 256 W Mountain 2cy 1 1 Plan/Parks/Eng/CDBG 281 N College 3cy 2 2 Equipment Shop-835 Wood St 6cy 1 1 Fleet-906 W Vine Dr 4cy 1 3 Downtown Restrooms-123 E Oak St 2cy 1 1 Downtown Maintenance - 304.5 N Howes St 6cy 1 2 Gardens on Spring Creek- 2145 S Centre Ave (Every Other Week) 2cy 1 0.5 Gateway Mountain Park-5216 Poudre Canyon Hwy 2cy 1 1 Greenbriar Park-730 Willox Lane 3cy 1 2 Museum - 200 Mathews St 3cy 1 on-call per dump SA 10/2004 18 Operations Services - 112 N Howes St 2cy 1 1 Parking Garage (Civic)- LaPorte & Mason 2cy 2 1 City Office Bldg - 215 N Mason 3cy 2 1 Recycle Drop-Off - 1702 Riverside Ave 3cy 2 2 Traffic Operations - 626 Linden St 3cy 1 1 Traffic Operations - 626 Linden St (Every Other Week) 6cy 1 0.5 Traffic Operations - 626 Linden St tote 1 1 Youth Activity Center - 415 Monroe Dr (Every Other Week) 3cy 1 0.5 Roll-Off Pricing (x15 pulls est/yr) 20y as needed per pull (est 15 pulls/year) Roll-Off Pricing (x50 pulls est/yr) 30y as needed per pull (est 50 pulls/year) Monthly total (sum this column) Annual Total (sum this column) TOTALS: MONTHLY & ANNUALLY SA 10/2004 19 EXHIBIT B INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. SA 10/2004 20 2005 Holidays The City recognizes the following nine (9) holidays in 2005: Holiday… Date observed… New Year’s Day Friday, December 31, 2004 Martin Luther King Day Monday, January 17, 2005 President’s Day Monday, February 21, 2005 Memorial Day Monday, May 30, 2005 Independence Day Monday, July 4, 2005 Labor Day Monday, September 5, 2005 Veteran’s Day Friday, November 11, 2005 Thanksgiving Day Thursday, November 24, 2005 Christmas Day 2005 Monday, December 26, 2005 City Park Ballfield 211 S Bryan Apr-Oct 3cy 1 2 City Park Picnic area Bryan & Oak Apr-Oct 3cy 1 2 Edora Park - 1420 E Stuart St Apr-Oct 3cy 1 2 Edora Park - 1420 E Stuart St Apr-Oct 6cy 1 3 BMX Track @ EPIC (1801 Riverside Ave) Apr-Oct 6cy 1 2 Martinez Park-600 N Sherwood St Apr-Oct 4cy 1 1 Outdoor Pool- City Park, 1599 City Park Dr Apr-Oct 3cy 1 2